HomeMy WebLinkAboutAgenda Report - December 7, 2016 C-04CAGENDA ITEM 'r'
CITY OF LODI
COUNCIL COMMUNICATION
TM
AGENDA TITLE: Adopt Resolution Authorizing City Manager to Execute Professional Services
Agreement with Holmes International, Inc., of Sacramento, for Wastewater Pipeline
Condition Assessment Project ($475,341)
MEETING DATE: December 7, 2016
PREPARED BY: Public Works Director
RECOMMENDED ACTION: Adopt resolution authorizing City Manager to execute Professional
Services Agreement with Holmes International, Inc., of Sacramento,
for Wastewater Pipeline Condition Assessment Project, in the amount
of $475,341.
BACKGROUND INFORMATION: The City's wastewater trunk lines located in Ham Lane and Century
Boulevard are over 50 years old. Recent video inspections of portions
of the trunk line in Ham Lane by City crews revealed two local failures
of the wastewater pipe and required immediate repair. The two local pipe failures indicated the need to
further study the structural conditions of not only the Ham Lane trunk line, but also the portion of the City's
Domestic Outfall pipeline that extends along Century Boulevard from Beckman Road to Lower Sacramento
Road.
Staff originally budgeted for the pipeline assessment work in town. However, in response to a recent
requirement by the State of California to assess the condition of the City's White Slough Water Pollution
Control Facility (WSWPCF) irrigation and drainage infrastructure, and to formulate a work plan to address
deficiencies, staff proposes to expand the scope of services to include the pipeline condition assessment of
approximately 9,800 linear feet of large diameter pipelines at WSWPCF. The estimated cost for this portion
of the work is $300,000 or over 60 percent of the total project cost.
Staff prepared a request for proposal (RFP) for the Wastewater Pipeline Condition Assessment Project to
solicit qualified engineering firms specializing in wastewater pipeline condition assessment. Staff sent the
RFP to five engineering firms and received two proposals. A committee reviewed both of the proposals and
selected Holmes International, Inc., of Sacramento, as the most qualified firm to perform the work. Holmes
International, Inc., prepared the City's 2009 Sewer System Management Plan and has recently completed a
similar pipeline condition assessment project with the City of Reno.
The scope of work consists of cleaning the pipelines to be inspected, inspecting the pipeline interior using a
high definition 3D digital panoramic camera, preparing the inspection and condition assessment reports,
and preparing a capital improvement program to identify and prioritize necessary repairs to the pipelines. In
total, approximately 36,100 linear feet of pipes will be inspected and assessed. The cost over the 18 -month
term of the agreement is not to exceed $475,341. The cost to make the necessary repairs to the pipelines
will be programmed into subsequent budget cycles as appropriate.
Staff recommends authorizing City Manager to execute Professional Services Agreement with Holmes
International, Inc., of Sacramento, for wastewater pipeline condition assessment, in the amount of
APPROVED:
, City Manager
KAWP\PROJECTS\SEWER\Trunk Line Inspection\CC PSA_Holmes.doc 11/17/16
Adopt Resolution Authorizing City Manager to Execute Professional Services Agreement with Holmes International, Inc., of Sacramento, for Wastewater Pipeline
Condition Assessment Project ($475,341)
December 7, 2016
Page 2
$475,341. Staff intends to divert $375,431 from the budgeted Electrical Upgrades/Coarse Screening
Project that will not be awarded prior to the end of this fiscal year to supplement the $100,000 originally
budgeted this fiscal year to assess the domestic trunk line only.
FISCAL IMPACT:
FUNDING AVAILABLE
Investing in the pipeline condition assessment is intended to prevent costly
unbudgeted repairs to the aging pipeline.
Fiscal Year 2016/17 Budget:
Wastewater Capital Fund (53199000.77020)
Funds diverted from Electrical Upgrades/Coarse
Screening Project:
Total:
' Svl,.s►�1 �l �?R�
Susan Bj
Supervising Budget Analyst
C��
Charles E. Swimley, Jr.
Public Works Director
Prepared by Lyman Chang, Deputy Public Works Director/ City Engineer
CES/LC/tdb
Attachment
cc: Holmes International
Public Works Management Analyst
Utility Manager
$100,000
$375,431
$475,431
K:\WP\PROJECTS\SEWER\Trunk Line Inspection\CC PSA_Holmes.doc 11/17/16
AGREEMENT FOR PROFESSIONAL SERVICES
ARTICLE 1
PARTIES AND PURPOSE
Section 1.1 Parties
THIS AGREEMENT is entered into on
, 2016, by and between
the CITY OF LODI, a municipal corporation (hereinafter "CITY"), and HOLMES
INTERNATIONAL (hereinafter "CONTRACTOR").
Section 1.2 Purpose
CITY selected the CONTRACTOR to provide the services required in
accordance with attached Scope of Services, Exhibit A, attached and incorporated by
this reference.
CITY wishes to enter into an agreement with CONTRACTOR for wastewater
pipeline condition assessment (hereinafter "Project") as set forth in the Scope of
Services attached here as Exhibit A. CONTRACTOR acknowledges that it is qualified to
provide such services to CITY.
ARTICLE 2
SCOPE OF SERVICES
Section 2.1 Scope of Services
CONTRACTOR, for the benefit and at the direction of CITY, shall perform the
Scope of Services as set forth in Exhibit A.
Section 2.2 Time For Commencement and Completion of Work
CONTRACTOR shall commence work pursuant to this Agreement, upon receipt
of a written notice to proceed from CITY or on the date set forth in Section 2.6,
whichever occurs first, and shall perform all services diligently and complete work under
this Agreement based on a mutually agreed upon timeline or as otherwise designated in
the Scope of Services.
CONTRACTOR shall submit to CITY such reports, diagrams, drawings and other
work products as may be designated in the Scope of Services.
CONTRACTOR shall not be responsible for delays caused by the failure of CITY
staff to provide required data or review documents within the appropriate time frames.
The review time by CITY and any other agencies involved in the project shall not be
counted against CONTRACTOR's contract performance period. Also, any delays due to
weather, vandalism, acts of God, etc., shall not be counted. CONTRACTOR shall
1
remain in contact with reviewing agencies and make all efforts to review and return all
comments.
Section 2.3 Meetings
CONTRACTOR shall attend meetings as may be set forth in the Scope of
Services.
Section 2.4 Staffing
CONTRACTOR acknowledges that CITY has relied on CONTRACTOR's
capabilities and on the qualifications of CONTRACTOR's principals and staff as
identified in its proposal to CITY. The Scope of Services shall be performed by
CONTRACTOR, unless agreed to otherwise by CITY in writing. CITY shall be notified
by CONTRACTOR of any change of Project Manager and CITY is granted the right of
approval of all original, additional and replacement personnel at CITY's sole discretion
and shall be notified by CONTRACTOR of any changes of CONTRACTOR's project staff
prior to any change.
CONTRACTOR represents it is prepared to and can perform all services within
the Scope of Services (Exhibit A) and is prepared to and can perform all services
specified therein. CONTRACTOR represents that it has, or will have at the time this
Agreement is executed, all licenses, permits, qualifications, insurance and approvals of
whatsoever nature are legally required for CONTRACTOR to practice its profession, and
that CONTRACTOR shall, at its own cost and expense, keep in effect during the life of
this Agreement all such licenses, permits, qualifications, insurance and approvals, and
shall indemnify, defend and hold harmless CITY against any costs associated with such
licenses, permits, qualifications, insurance and approvals which may be imposed against
CITY under this Agreement.
Section 2.5 Subcontracts
Unless prior written approval of CITY is obtained, CONTRACTOR shall not enter
into any subcontract with any other party for purposes of providing any work or services
covered by this Agreement.
Section 2.6 Term
The term of this Agreement commences on November 28, 2016 and terminates
upon the completion of the Scope of Services or on May 27, 2018, whichever occurs
first.
ARTICLE 3
COMPENSATION
Section 3.1 Compensation
CONTRACTOR's compensation for all work under this Agreement shall conform
to the provisions of the Fee Proposal, attached hereto as Exhibit B and incorporated by
this reference.
CONTRACTOR shall not undertake any work beyond the scope of this
Agreement unless such additional work is approved in advance and in writing by CITY.
Section 3.2 Prevailing Wage
The Contractor agrees to conform to the provisions of Chapter 1, Part 7, Division
2 of the Labor Code. The Contractor and any Subcontractor will pay the general
prevailing wage rate and other employer payments for health and welfare, pension,
vacation, travel time, and subsistence pay, apprenticeship or other training programs.
The responsibility for compliance with these Labor Code requirements is on the prime
contractor.
Section 3.3 Contractor Registration — Labor Code 41725.5
No contractor or subcontractor may be awarded a contract for public work on a
public works project (awarded on or after April 1, 2015) unless registered with the
Department of Industrial Relations pursuant to Labor Code section 1725.5.
This project is subject to compliance monitoring and enforcement by the
Department of Industrial Relations.
Section 3.4 Payment Bond
CONTRACTOR shall furnish a good and sufficient payment bond for labor and
materials, in an amount covering 100% of the public work labor and materials identified
in the AGREEMENT. The bond shall be in a form as provided and approved by CITY.
The bond will be required at the time the signed AGREEMENT is returned to the CITY,
and shall be approved by CITY prior to performing any public work.
Section 3.5 Method of Payment
CONTRACTOR shall submit invoices for completed work on a monthly basis, or
as otherwise agreed, providing, without limitation, details as to amount of hours,
individual performing said work, hourly rate, and indicating to what aspect of the Scope
of Services said work is attributable. CONTRACTOR's compensation for all work under
this Agreement shall not exceed the amount of the Fee Proposal.
Section 3.6 Costs
The Fee Proposal shall include all reimbursable costs required for the
performance of the Scope of Services. Payment of additional reimbursable costs
3
considered to be over and above those inherent in the original Scope of Services shall
be approved in advanced and in writing, by CITY.
Section 3.7 Auditing
CITY reserves the right to periodically audit all charges made by CONTRACTOR
to CITY for services under this Agreement. Upon request, CONTRACTOR agrees to
furnish CITY, or a designated representative, with necessary information and assistance
needed to conduct such an audit.
CONTRACTOR agrees that CITY or its delegate will have the right to review,
obtain and copy all records pertaining to performance of this Agreement.
CONTRACTOR agrees to provide CITY or its delegate with any relevant information
requested and shall permit CITY or its delegate access to its premises, upon reasonable
notice, during normal business hours for the purpose of interviewing employees and
inspecting and copying such books, records, accounts, and other material that may be
relevant to a matter under investigation for the purpose of determining compliance with
this requirement. CONTRACTOR further agrees to maintain such records for a period of
three (3) years after final payment under this Agreement.
ARTICLE 4
MISCELLANEOUS PROVISIONS
Section 4.1 Nondiscrimination
In performing services under this Agreement, CONTRACTOR shall not
discriminate in the employment of its employees or in the engagement of any sub
CONTRACTOR on the basis of race, color, religion, sex, sexual orientation, marital
status, national origin, ancestry, age, or any other criteria prohibited by law.
Section 4.2 ADA Compliance
In performing services under this Agreement, CONTRACTOR shall comply with
the Americans with Disabilities Act (ADA) of 1990, and all amendments thereto, as well
as all applicable regulations and guidelines issued pursuant to the ADA.
Section 4.3 Indemnification and Responsibility for Damage
CONTRACTOR to the fullest extent permitted by law, shall indemnify and hold
harmless CITY, its elected and appointed officials, directors, officers, employees and
volunteers from and against any claims, damages, losses, and expenses (including
4
reasonable attorney's fees and costs), arising out of performance of the services to be
performed under this Agreement, provided that any such claim, damage, loss, or
expense is caused by the negligent acts, errors or omissions of CONTRACTOR, any
subcontractor employed directly by CONTRACTOR, anyone directly or indirectly
employed by any of them, or anyone for whose acts they may be liable, except those
injuries or damages arising out of the active negligence, sole negligence, or sole willful
misconduct of the City of Lodi, its elected and appointed officials, directors, officers,
employees and volunteers. CITY may, at its election, conduct the defense or participate
in the defense of any claim related in any way to this indemnification. If CITY chooses at
its own election to conduct its own defense, participate in its own defense, or obtain
independent legal counsel in defense of any claim related to this indemnification,
CONTRACTOR shall pay all of the costs related thereto, including without limitation
reasonable attorney fees and costs. The defense and indemnification obligations
required by this Agreement are undertaken in addition to, and shall not in any way be
limited by the insurance obligations set forth herein.
Section 4.4 No Personal Liability
Neither the City Council, nor any other officer or authorized assistant or agent or
City employee shall be personally responsible for any liability arising under this
Agreement.
Section 4.5 Responsibility of CITY
CITY shall not be held responsible for the care or protection of any material or
parts of the work described in the Scope of Services prior to final acceptance by CITY,
except as expressly provided herein.
Section 4.6 Insurance Requirements for CONTRACTOR
CONTRACTOR shall take out and maintain during the life of this Agreement,
insurance coverage as set forth in Exhibit C attached hereto and incorporated by this
reference.
Section 4.7 Successors and Assigns
CITY and CONTRACTOR each bind themselves, their partners, successors,
assigns, and legal representatives to this Agreement without the written consent of the
others. CONTRACTOR shall not assign or transfer any interest in this Agreement
without the prior written consent of CITY. Consent to any such transfer shall be at the
sole discretion of CITY.
Section 4.8 Notices
Any notice required to be given by the terms of this Agreement shall be in writing
signed by an authorized representative of the sender and shall be deemed to have been
given when the same is personally served or upon receipt by express or overnight
5
delivery, postage prepaid, or three (3) days from the time of mailing if sent by first class
or certified mail, postage prepaid, addressed to the respective parties as follows:
To CITY: City of Lodi
221 West Pine Street
P.O. Box 3006
Lodi, CA 95241-1910
Attn:
To CONTRACTOR: Holmes International
91 Parklite Circle
Sacramento, CA 95831
Attn: Kenneth T. Holmes, P. E.
Section 4.9 Cooperation of CITY
CITY shall cooperate fully and in a timely manner in providing relevant
information it has at its disposal relevant to the Scope of Services.
Section 4.10 CONTRACTOR is Not an Employee of CITY
CONTRACTOR agrees that in undertaking the duties to be performed under this
Agreement, it shall act as an independent contractor for and on behalf of CITY and not
an employee of CITY. CITY shall not direct the work and means for accomplishment of
the services and work to be performed hereunder. CITY, however, retains the right to
require that work performed by CONTRACTOR meet specific standards without regard
to the manner and means of accomplishment thereof.
Section 4.11 Termination
CITY may terminate this Agreement, with or without cause, by giving
CONTRACTOR at least ten (10) days written notice. Where phases are anticipated
within the Scope of Services, at which an intermediate decision is required concerning
whether to proceed further, CITY may terminate at the conclusion of any such phase.
Upon termination, CONTRACTOR shall be entitled to payment as set forth in the
attached Exhibit B to the extent that the work has been performed. Upon termination,
CONTRACTOR shall immediately suspend all work on the Project and deliver any
documents or work in progress to CITY. However, CITY shall assume no liability for
costs, expenses or lost profits resulting from services not completed or for contracts
entered into by CONTRACTOR with third parties in reliance upon this Agreement.
Section 4.12 Confidentiality
CONTRACTOR agrees to maintain confidentiality of all work and work products
produced under this Agreement, except to the extent otherwise required by law or
permitted in writing by CITY. CITY agrees to maintain confidentiality of any documents
owned by CONTRACTOR and clearly marked by CONTRACTOR as "Confidential" or
"Proprietary", except to the extent otherwise required by law or permitted in writing by
6
CONTRACTOR. CONTRACTOR acknowledges that CITY is subject to the California
Public Records Act.
Section 4.13 Applicable Law, Jurisdiction, Severability, and Attorney's Fees
This Agreement shall be governed by the laws of the State of California.
Jurisdiction of litigation arising from this Agreement shall be venued with the San
Joaquin County Superior Court. If any part of this Agreement is found to conflict with
applicable laws, such part shall be inoperative, null, and void insofar as it is in conflict
with said laws, but the remainder of this Agreement shall be in force and effect. In the
event any dispute between the parties arises under or regarding this Agreement, the
prevailing party in any litigation of the dispute shall be entitled to reasonable attorney's
fees from the party who does not prevail as determined by the San Joaquin County
Superior Court.
Section 4.14 City Business License Requirement
CONTRACTOR acknowledges that Lodi Municipal Code Section 3.01.020
requires CONTRACTOR to have a city business license and CONTRACTOR agrees to
secure such license and pay the appropriate fees prior to performing any work
hereunder.
Section 4.15 Captions
The captions of the sections and subsections of this Agreement are for
convenience only and shall not be deemed to be relevant in resolving any question or
interpretation or intent hereunder,
Section 4.16 Integration and Modification
This Agreement represents the entire understanding of CITY and
CONTRACTOR as to those matters contained herein. No prior oral or written
understanding shall be of any force or effect with respect to those matters covered
hereunder. This Agreement may not be modified or altered except in writing, signed by
both parties.
Section 4.17 Contract Terms Prevail
All exhibits and this Agreement are intended to be construed as a single
document. Should any inconsistency occur between the specific terms of this
Agreement and the attached exhibits, the terms of this Agreement shall prevail.
Section 4.18 Severability
The invalidity in whole or in part of any provision of this Agreement shall not void
or affect the validity of any other provision of this Agreement.
Section 4.19 Ownership of Documents
All documents, photographs, reports, analyses, audits, computer media, or other
material documents or data, and working papers, whether or not in final form, which
7
have been obtained or prepared under this Agreement, shall be deemed the property of
CITY. Upon CITY's request, CONTRACTOR shall allow CITY to inspect all such
documents during CONTRACTOR's regular business hours. Upon termination or
completion of services under this Agreement, all information collected, work product and
documents shall be delivered by CONTRACTOR to CITY within ten (10) calendar days.
CITY agrees to indemnify, defend and hold CONTRACTOR harmless from any
liability resulting from CITY's use of such documents for any purpose other than the
purpose for which they were intended.
Section 4.20 Authority
The undersigned hereby represent and warrant that they are authorized by the
parties to execute this Agreement.
Section 4.21 Federal Transit Funding Conditions
❑ If the box at left is checked, the Federal Transit Funding conditions attached as
Exhibit D apply to this Agreement. In the event of a conflict between the terms of this
Agreement or any of its other exhibits, and the Federal Transit Funding Conditions, the
Federal Transit Funding Conditions will control.
IN WITNESS WHEREOF, CITY and CONTRACTOR have executed this
Agreement as of the date first above written.
ATTEST:
JENNIFER M. FERRAIOLO
City Clerk
APPROVED AS TO FORM:
JANICE D. MAGDICH, City Attorney
M
Ar.
CITY OF LODI, a municipal corporation
STEPHEN SCHWABAUER
City Manager
HOLMES INTERNATIONAL
By:
Name: KENNETH T. HOLMES, P. E.
Title: Owner/Project Manager
Attachments:
Exhibit A — Scope of Services
Exhibit B — Fee Proposal
Exhibit C — Insurance Requirements
Exhibit D — Federal Transit Funding Conditions (if applicable)
Funding Source: 53199000.77020
(Business Unit & Account No.)
Doc ID:K:\WP\PROJECTS\PSA's\2016\Holmes PSA.doc
CA: Rev.11.2 016
8
Scope of Work
Project Understanding
Exhibit A
This project includes the inspection and pipeline condition assessment of about 26,300 linear feet of
the Ham Lane and Century Boulevard trunk sewers. The Ham Lane trunk sewers range in size from
12 -inch to 30 -inch in diameter. The City believes that the pipelines were constructed using mainly
unreinforced/reinforced concrete pipe. The pipelines along Ham Lane less than 18" in diameter may
be old clay pipe if they are not concrete while the pipelines 18" to 30" are probably all concrete pipe.
The Century Boulevard trunk sewer pipelines are believed to all be concrete pipe ranging in size from
24 -inch to 42 -inch in diameter. The Ham Lane pipeline is over 60 years old and Century Boulevard
pipeline is over 50 years old.
The inspection and pipeline condition assessment work is being undertaken on the Ham Lane and
Century Boulevard pipelines due to concern about possible internal corrosion of the concrete pipelines
and possible structural issues with the smaller pipes.
The project will include the inspection and condition assessment of the 71 manhole access structures
(manholes) that connect the pipelines included in the project. To gather physical information on the
condition of the concrete manholes and pipelines, up to 10 manholes will be entered by field crew staff
to perform penetration and scrape tests of the manhole bases and sidewalls and the crowns of the
pipelines entering and leaving the manhole structures.
Separately from the inspection and pipeline condition assessment work to be completed along Ham
Lane and Century Boulevard, inspection and pipeline condition assessment will be completed at the
City's White Slough Water Pollution Control Facility (WPCF) for portions of the irrigation system.
This will include approximately 9,800 linear feet of irrigation distribution and runoff & tailwater
pipeline.
The pipelines inspected along Ham Lane and Century Boulevard will be cleaned prior to the inspection
work using hydro -vacuum trunks. The cleaning work for these pipelines will include two passes
through the pipelines using high pressure water delivered from nozzles attached to hoses from the
cleaning trucks.
The pipelines at the White Slough WPCF are partially or fully plugged with soil and debris. Thus,
these pipelines will require heavy cleaning before the inspection work can be undertaken. Assistance
by the City to excavate the ends of the pipelines that are partially or fully buried will be required. City
assistance will also be required to dewater the irrigation distribution pipeline before the project begins.
Task 1— Project Management
A. Kickoff Meeting
The first activity to be accomplished will be to hold a kickoff meeting to familiarize the key
people with the project. During this meeting the lead people for the City, the Consultant's staff,
and the sub -consultants will be introduced. We also plan to discuss and agree on a number of
key issues including:
• Onsite Coordination
• Reporting protocols and schedules
• Specific field procedures, including:
Traffic control
— Safety
— Any special access permits required
Any locations where specific traffic control plans will be required
Emergency response to issues in case the Consultant team needs help in the middle of the
night
— Emergency reporting. Procedures and contacts in case something is found that needs to
be brought to the attention of the City immediately
— Right of entry on private property and public easements
Electronic file numbering and labeling for data collected during the study
• The procedures to be followed if and when significant structural or maintenance defects are
located.
• Quality assurance / quality control steps
Work Products
Meeting Agenda
Meeting Minutes
Contact Lists
B. Prepare Wastewater Pipeline Condition Assessment Technical
Memorandum
Under this Subtask we will prepare a Wastewater Pipeline Condition Assessment Technical
Memorandum summarizing the method of inspection, tasks, activities, and deliverables. Using
the information gained during the kickoff meeting, the Technical Memorandum will include
discussion of any required permits, relevant public agency contacts, key project team contacts,
and other information necessary to coordinate and inform field crews, project managers, and City
Personnel.
The Technical Memorandum will include a schedule for all activities and tasks incorporated
within. The Schedule will include key milestones, deliverable deadlines, review time, and
permitting and coordination with agencies. The Work Plan will be submitted to the City as an
administrative draft for review and approval prior to starting any field work activities.
As part of the work to prepare the Technical Memorandum, we will prepare a Traffic Control
Plan (TCP) summarizing any necessary traffic control measures or activities to be undertaken
while conducting field work or activities. The TCP will conform to provisions of the
CAMUTCD 2014 and any local agency standards or requirements. The TCP will include contact
numbers for fire, police and other City or agency departments for notifications and coordination
regarding proposed traffic control activities.
We are anticipating that most if not all of the inspections on major streets will be performed
during the late night — early morning hours of the day to minimize disruption of traffic flow and
to improve the safety of the work. Working in the late night — early morning hours also allows us
to view the pipelines when the wastewater flow depths are at their lowest levels, improving
viewing of the interior of the pipelines.
Work Product
Project approach technical memo
Task 2 — Pipeline and Manhole Inspection
Under this Task we will clean and inspect the sanitary sewer pipelines shown on the Pipe Location
Map included as Attachment A to this Scope of Work. This work will be documented using
NASSCO's PACP and MACP coding version 6 or higher. An electronic copy of the NASSCO PACP
and MACP database will be provided at the end of project for integration into the City's CMMS
system.
A. Sewer Cleaning
The designated sewer sections will be cleaned using Hydro -Vac hydro -cleaning machines to
remove blockages and allow video capture of the entire length of pipe. The sewer cleaning
work will be completed by Pro -Pipe. The cleaning will be performed to remove debris, grease,
and roots, and to provide a clear view of the pipeline. A minimum of two (2) complete passes
with the hydraulic nozzle will be completed. The work will be performed using a two person
hydro cleaning crew except for conditions where a third person might be needed to assist with
traffic control. This approach will be used until pipeline(s) that have excessive debris are
encountered. Excessive debris requiring what is classified as heavy cleaning will be used for
pipelines where two passes using the hose and jetting nozzle do not clean out all of the solids
located in the pipeline.
If and when such pipelines are encountered, our crews will move on to other pipelines
segments and continue cleaning. We will then develop a list of pipelines where excessive
solids were encountered and heavy cleaning is needed. After the remainder of the pipelines
have been cleaned, we will develop an estimate of the additional cleaning needs and will clean
the remaining pipelines on a time and materials basis at an approved unit rate for the extra
work.
If the cleaning operation reveals evidence of possible major problems in the pipeline that may
imply structural problems in the pipeline, we will immediately stop work on trying to clean
these pipelines further and will bring this information to the attention of the City.
Sludge, dirt, sand, rocks, grease, roots, and other solid or semisolid material resulting from the
cleaning operation will be removed at the downstream manhole of the section being cleaned.
All solids from the cleaning operations will be disposed at the White Slough Water Pollution
Control Facility off of Thornton Rd
Pipeline cleaning and subsequent inspection work will be performed on the pipelines listed in
the updated Request for Proposals. The tables included in the updated RFP included the
following quantities:
Approximate Length, LF
Dia Ham Century Total
12
2,565
2,565
18
1,831
1,831
21
2,289
2,289
24
1,341
4,027 5,368
30
3,592
6,122 9,714
42
4,528 4,528
Total 11,618 14,677 26,295
City Support
Water used for the cleaning work will be provided from City water hydrants at no cost to
the project team
Disposal of the debris and solids removed from the sewer system during the pipeline
cleaning along the Ham Lane and Century Blvd pipeline routes at no cost to the project
team
B. Pipeline Inspection
Under this subtask, we will inspect the pipelines shown on the Pipe Location. This will mean
the inspection of the same length, number, and sizes of pipelines included in the Century and
Ham WW tables included in the updated RFP and as summarized above. This work will also
be accomplished by Pro -Pipe field crews lead by NASSCO PACP and MACP certified
operators.
The sanitary sewer pipelines will be inspected and the attributes and defects will be coded
using NASSCO PACP Standards, Version 6 or higher. Prior to commencing the field work,
our crews will first upload the City of Lodi sewer GIS data information to the computers within
the video inspection vans for use with the inspection software. The inspections shall be
performed one pipeline section at a time. The inspections will normally be completed with the
camera proceeding from the upstream manhole or structure to the downstream manhole or
structure. For long runs that include multiple connected pipeline runs, we may inspect multiple
pipeline segments without moving the inspection van. Where this occurs, the crew will stop
the work at any intermediate manhole and will begin a new inspection report before continuing
to proceed with the next inspection. This will allow the work to proceed quickly and
efficiently, reducing the time that traffic will be impacted.
We will attempt to perform the work in favorable flow conditions so that there will not be a
need to control flows during the inspections. Since many of the pipelines are on trunk sewers
that collect and convey flows from smaller sewer mains, and since many of the pipelines to be
inspected are located along major streets, we anticipate performing much of the work during
the late night — early morning hours from approximately midnight to 6:00 a.m. Exceptions to
working through the night might be taken to clean and inspect pipelines that are located in the
backyards east of the canal easement south of Kettleman Lane. It might be necessary to clean
and inspect these pipelines during the day in order to gain access to the backyards where the
manholes are located.
Undertaking the inspection work during the early morning hours will minimize traffic
interruption and will allow the work to be performed when the flow levels are at their lowest
levels. If flow control is needed, this would involve temporarily plugging the pipeline entering
an upstream manhole and inspecting the pipeline while the flow is being slowed or stopped.
The flow level in an upstream manhole would be monitored to observe how fast the water is
rising in the upstream pipeline segments. This will allow the plug to be pulled before the water
level rises too high. Plugging and bypass pumping is not included in our budget since it
requires more time and likely is not needed. If bypass pumping is needed, this is a major
additional cost element and would be performed only under an approved change in scope and
cost.
We will inspect the pipelines using high definition photography technology, also called digital
31), or digital 360 degree inspection. The specific equipment that we propose to use is the
IBAK Panoramo 3D Optoscanner. The data will be provided in a format that will permit
uploading to the CITY's computerized maintenance management system. The data will be
provided in an unaltered PACP and MRCP Version 6 or higher database. The database will
contain a composite set of all of the inspection data. The data will be provided on an external
hard drive for ease of data transfer.
The video files will be submitted in digital format with IPF extensions. The .ipf file extensions
can be launched with a free viewer that is provided by IBAK, which makes the Panoramo
equipment.
Work Products
Inspection data including video files
C. Manhole and Junction Structure Inspections
Under this subtask, we will inspect the manholes listed in the GIS attribute table for the Ham
Lane trunk sewer and the manholes listed in the GIS attribute table for the Century Blvd trunk
sewer. We will inspect these using the Panoramo scanning technology which will provide data
without needing to enter the structure.
In addition to these inspections, we will inspect up to 10 manholes using man entry procedures
where the technician entering the manholes will perform scrape tests on the crown of the inlet
and outlet pipelines to test for pipe loss due to active corrosion. During the inspections we will:
1) measure the depth of debris in the pipelines entering and leaving the structures, 2) perform
scrape tests on the manholes and pipelines to determine the severity of corrosion, and 3) inspect
the manhole to determine the condition of the manholes and the ends of the pipelines entering
and leaving.
At completion of the project, we will provide Panoramo SI film files on an external hard drive
with the manhole inspection files and data.
Work Products
MACP compliant database
Video files
A White Slough WPCF Pipeline Inspections
Under this subtask, we will clean and inspect approximately 9,800 linear feet of the irrigation
system pipelines located at the White Slough Water Pollution Control Facility (WPCF). The
pipelines to be inspected are shown on the Figure titled "Attachment 1 Areas for CCTV Data
from 8/31/16 Kickoff Meeting, City of Lodi White Slough WPCF Irrigation System
Assessment". The pipelines to be inspected are outlined in bold black dashed lines on the
figure. A copy of this figure is included as Attachment B to this Scope of Work.
The three 36 -inch concrete storm drainage and tailwater return pipelines crossing under
Interstate 5 are a third to a half full of mud and debris. The pipeline under the road at the
southwest corner of Pond 1C is completely buried. The drainage and tailwater return pipeline
may also contain significant deposits of mud and debris. Thus, the City will need to excavate
the ends of the drainage and tailwater return pipelines crossing under Interstate 5 and the
pipeline under the road by the SW corner of Pond 1C. There is uncertainty about how much
cleaning will be needed of the irrigation distribution pipelines. After discussing this with the
City, we agreed to clean the pipelines at the White Slough WPCF using a daily cleaning rate of
$6,900 per day. We have agreed to attempt to clean the WPCF pipelines within 31 days. A
contingency of $22,080 has been established for possible extra cleaning that may be needed at
the White Slough WPCF which can be used as needed without additional formal approval. If
more budget is needed than the cleaning budget and contingency allow, this will be considered
a change in scope and will be performed after a change order has been approved.
One element we cannot control is rain. If there is a significant rain after one of more of the
pipelines have cleaned and new mud and debris is washed into the pipelines before the
inspection has been completed, there will be a need for additional cleaning that will likely
require a change order to re -clean.
There will also be a one- time lump sum charge of $6,900 for the required Payment Bond under
this task.
We will inspect the pipelines using is the IBAK Panoramo 3D Optoscanner. The data will be
provided in a format that will permit uploading to the CITY's computerized maintenance
management system. The data will be provided in an unaltered PACP and MACP Version 6 or
higher database. The database will contain a composite set of all of the inspection data. The
data will be provided on an external hard drive for ease of data transfer.
The video files will be submitted in digital format with IPF extensions. The .ipf file extensions
can be launched with a free viewer that is provided by IBAK, which makes the Panoramo
equipment.
City Support
Excavation and removal of excess soil and debris upstream and downstream of the drainage
and tailwater return pipelines crossing under Interstate 5 and the pipeline under the road
by the SW corner of Pond 1C
Dewatering of the irrigation distribution pipelines
Water used for the cleaning work provided from City water hydrants at no cost to the
project team
Disposal of the debris and solids removed from the sewer system during the pipeline
cleaning at the White Slough WPCF at no cost to the project team
Electronic copies of the GIS datasets for the pipelines at the White Slough WPCF
Work Products
Inspection data including video files
Task 3 — Data Review and Condition Assessment
Under this Task, we will review the collected data and assign condition assessment ratings to each
manhole structure and interceptor pipe inspected using a condition assessment rating system. The
rating system accounts for the internal physical condition of the manhole structure and pipeline, age of
the system components, types of construction materials used and number of physical defects observed.
A. Data Review
Under this subtask, we will review the coded data provided by Pro -Pipe for conformance with
PACP standards.
B. Condition Assessment
Once we have confirmed the defect coding, we grade the pipelines and manholes. We begin
the process by calculating pipe segment ratings using the PACP Condition Grading System.
Using this system we will determine the PACP Quick Rating. We will use the PACP Quick
Rating as a quality control check and to complete an initial assessment of the inspections for
significant damage or corrosion that should be brought to the attention of the City. We will
then review each pipeline to assign grades ranging from "A" through "F" (no `B" is used,
however) depending upon the overall condition of the pipeline.
C. Develop Rehabilitation and Replacement Recommendations and Costs
Under this subtask, we will develop rehabilitation or replacement recommendations using the
information gained from the condition assessment work. Each pipeline where a significant
structural problem was observed will be evaluated for appropriate repair or rehabilitation option
to determine an effective means to correct the problems found. In evaluating the options, the
various construction technologies using both open cut and `trenchless' techniques will be
considered.
D. Apply Criticality Factors
To account for factors like school and municipal bus routes, whether the pipeline is located under a
collector or arterial street, or if the pipeline extends under a stream, railroad, or highway, we will
apply criticality factors to adjust the rehabilitation and replacement work to assess the
consequences of failure.
E. Develop Prioritized Pipeline Ratings
After the condition and criticality factors are assigned for each pipeline segment, we will compute
an overall score computed by multiplying the condition rating number by the criticality adjustment
factor.
Task 4 — Prepare Condition Assessment Report
A. Prepare Draft Report
Under this Subtask, we will prepare a draft report for the condition assessment project. This
will include maps and tables to demonstrate findings. The report will include:
a. A discussion of the assessment plan, field inspections, standards, procedures, materials and
methods utilized, including precision and accuracy of findings.
b. Discussion regarding the components of the systems assessed, including grade/rank of the
various components assessed.
c. Findings regarding deficiencies, defects, observations or potential failures and any
conclusions relating to underlying cause of deficiencies, defects and failures.
d. Recommendations regarding repairs, replacement, operations and maintenance.
e. A prioritized list and schedule for implementing recommendations.
f. A table showing the costs estimates for all recommendations.
We will submit up to five (5) hard bound copies, or a digital copy in MS Word format which
can be used to return comments in Track Changes mode, for review. After we receive and
tabulate comments and recommendations, we will respond to comments and incorporate
responses into the report as appropriate.
B. Prepare Final Report
Under this Subtask, we will prepare the final condition assessment report.
Work Products
Pipeline inspection video files including all pipeline inspection data, deliverable in digital
format and media (USB thumb drive or USB portable hard disk drive)
Five (5) bound hard copies of the final condition assessment report
One (1) digital copy in pdf format.
Proposed Project Schedule
Our proposed project schedule is shown below. Based on the tasks that we've identified and the order
that we expect to perform the work, this schedule should be "do -able" if the weather cooperates. There
are assumptions in assembling a schedule and a few key items that will directly impact the schedule.
We're assuming that most of the month of October will be used to finish the consultant selection
process, prepare the final contract, and schedule a City Council meeting for adoption of the contract.
We will do our best to get the field work completed before the onset of the rainy season, which would
be the one foreseeable issue that we cannot control. The time line shown for the pipeline and manhole
condition assessment includes the time for the field work, data review, and the assessment of the
pipeline conditions. There are several holidays covered by this time period which we tried to account
for. We can't account for wet weather, however. -
Task/Su6dska
Nov
O
Jan
Feb
Mar
uff
6 13 20 27
4 11 18 25
1 8 15 22 29
6 13 20 27
6 13 20 27
7 14 21 28
Kickoff Meetilt
[[
i{
a
_.
_
Prapare Tech Memo
"........
Sewer Gleaming"
!
9
1
WPCF Pipeline C#eMnQ
WPCF Pipeline Inspections
...
w
ra Rvw & Cond A:omt�
Dda Review
CandRion Assasament
Reno
_R&R and
"
SMca Factors
Priorittzed Pipe
_----- ""...
_---- _.....
Qraft
Final Rept.:."
«
Attachment A
Ham Lane and Century Blvd Trunk Sewer Condition Assessment Pipe Location Map
k A
• z-..1 y�l f; Irk .. �f'-7 .; -. ,i '
AftHir
. 'I {Ifr} •.-�.i rnI I'fi! -1 x..I? r +
,i 'siu'Ti ►, lam' J—b 1 )[
'� _}i}I � `L . 11 i `.{I- i1i: i . • t= _ � � '�; 1(J 1 — I
y_
j', f lf {
` Iti }! .`
i } "' .r."}, • ail,'! "�==s' +: - � I4 I-
i_
= lid; � M1'X;'! F�„' fl-r-ll�•. .: f k r f I I"il. f I.{
I— { ol� a rf. �1y iu'li �'i'—�,-- 1'� ''•--}I���Ff� II��II� I I• r rl I
77-1
i iE
►�#=3--W lr'r> I
}• + -j: - -If; r �fjj'•a .I'� �I-II ••�I -�t ,
, �..iillk,E •1
ni' +Li J' ,� 1 -m, [ ; , f`� 'l•.
�I{f i�r i•iTlil.�i:r(�� F.. I � j�7 , r,!_ II+kr� ??-.��, 1
` :i !f Il [}fjr.ITli'11n•�' {
I II��Ir�l I` . R NA. { f" t
i'!Mb11�-
i =:+
r i �i r i .:�}'i •-..I �.. i� �• =:i l l I��i �i'irl...IiF �..• ..'rR'r� 1 -
-�
j f iI:�i Tlr
F''f'""r-. '{Elf;',+ •I •"�" if.� ...� f '?! Tj�fJ - F ' - � i{ it �f
T 2L
ilf-`usFr'--�=i"r`m;��- �I I x I1�r„']• II { �f! i �- - I
7 I'LI:`I{{lillri�r, +J':'•?itL•
s
fl I
� Ft I j
{ jl .li,:;l } i�. l� {�
r 111 t Ij�f+KJ
:JJI:
}ilk:i.j i�311liiIl i }
T1 77 r
„
Lzl�! lr
.11'Ifi I
Illl:}Ik , E:L� f 1 Z '•
L'
i
,'k a Iry
LJL
r-
0
}
} /}! j\ \ k/ §\
Exhibit B
Lodi Ham Lane, Century Blvd and White Slough WPCF Pipeline Condition Assessment
Expenses
Mileage (Travel)
Labor Hours
Labor Cost
Direct
Payment Bond Charge
6,900
Holmes Intl
KTH JCB
Ham/Century Pipeline Inspection
34,811
Exp
8,280
Task
KTH JCB
Task/Subtask
165.00 155.00
Labor Total
Total
Pro -Pipe
Cost
1 Project Management
213,900
WPCF Pipeline Cleaning Contingency
22,080
WPCF Pipeline Inspection
16,905
Pro -Pipe Subtotal
Kickoff Meeting
16 6
2,640 930
3,570
150
Technical Memorandum
24 4
3,960 620
4,580
-
8,300
2 Pipeline & MH Inspections
Sewer Cleaning
8 8
1,320 1,240
2,560
150
31,458
Pipeline Inspections
8 8
1,320 1,240
2,560
930
60,341
Manhole Inspections
8 8
1,320 1,240
2,560
14,697
Manhole Entries w/ Scrap Test
8 8
1,320 1,240
2,560
150
2,415
WPCF Pipeline Cleaning
8 8
1,320 1,240
2,560
7,050
235,980
WPCF Pipeline Inspection
8 8
1,320 1,240
2,560
202
16,905
385,636
3 Cond Assessment
Data Review
84
13,860 -
13,860
-
Condition Assessment
44 78
7,260 12,090
19,350
-
R&R List and Costs
88
14,520 -
14,520
-
Criticality Factors
6
990 -
990
53
Prioritized Pipeline Ratings
6
990 -
990
105
49,868
4 Condition Assessment Report
Draft Report
120 20
19,800 3,100
22,900
104
Final Report
1 30 16
1 4,950 2,4801
7,430
1 1,104
1
1 31,538
Totals
1 466 172
1 76,890 26,6601
103,550
1 9,995
1 361,7961
475,341
Expenses
Mileage (Travel)
2,095
Copy/Printing
1,000
Payment Bond Charge
6,900
Expense Subtotal
9,995
Outside Services: Pro -Pipe
Ham/Century Pipeline Cleaning
18,144
Ham/Century Cleaning Contingency
1,814
Cleaning Traffic Control
11,500
Cleaning Subtotal w/Traffic Cntl
31,458
Ham/Century Pipeline Inspection
34,811
Mobilization/Demobilization
8,280
Inspection Traffic Control
17,250
Inspection wall components
60,341
Ham/Century Manhole Inspections
14,697
Manhole Entries with Scrap Test
2,415
WPCF Pipeline Cleaning
213,900
WPCF Pipeline Cleaning Contingency
22,080
WPCF Pipeline Inspection
16,905
Pro -Pipe Subtotal
361,796
Total Proj Cost
475,341
EXHIBIT C
Insurance Requirements for Contractor The Contractor shall take out and maintain during the life of this
Agreement, insurance coverage as listed below. These insurance policies shall protect Contractor and any
subcontractor performing work covered by this Agreement from claims for damages for personal injury, including
accidental death, as well as from claims for property damages, which may arise from Contractor's operations under
this Agreement, whether such operations be by Contractor, or by any subcontractor, or by anyone directly or
indirectly employed by either of them, and the amount of such insurance shall be as follows:
COMPREHENSIVE GENERAL LIABILITY
$2,000,000 Each Occurrence
$4,000,000 General Aggregate
2. COMPREHENSIVE AUTOMOBILE LIABILITY
$1,000,000 Combined Single Limit
Such insurance shall cover liability arising out of any vehicle (including, owned, hired and non -hired vehicles)
operated in performing any and all services pursuant to this Agreement. Coverage shall be written on ISO form
CA 00 01 12 90, or a later version, that provides liability coverage at least as broad as this form.
All limits are to be designated strictly for the City of Lodi, its elected and appointed boards, commissions, officers,
agents, employees, and volunteers. All deductibles or self-insured retentions (SIR) must be disclosed to City's Risk
Manager for approval and shall not reduce the limits of liability set forth hereinabove. Insurance policies containing
any deductible or SIR provision shall provide, or be endorsed to provide, that the deductible or SIR may be satisfied
by either the Named Insured(s) or the City of Lodi.
It is required that any available insurance proceeds broader than or in excess of the specified minimum insurance
coverage requirements and/or limits set forth above, shall be available to City as an additional insured. Furthermore,
the requirements for coverage and limits shall be (i) the minimum coverage and limits specified in these insurance
requirements; or (ii) the broader coverage and maximum limits of coverage of any insurance policy or proceeds
available to the Contractor; whichever is greater.
Contractor agrees and stipulates that any insurance coverage provided to the City of Lodi shall provide for a claims
period following termination of coverage which is at least consistent with the claims period or statutes of limitations
found in the California Tort Claims Act (California Government Code Section 810 et seq.).
A copy of the certificate(s) of insurance with the following endorsements shall be furnished to the City:
(a) Additional Named Insured Endorsement
Pursuant to a separate endorsement (ISO form CG 2010 (11/85) or a later version, that provides liability
coverage at least as broad as this form) such insurance as is afforded by this policy shall also apply to the City
of Lodi, its elected and appointed boards, commissions, officers, agents, employees, and volunteers as
additional named insureds. An additional named insured endorsement is also required for Auto Liability.
(b) Primary and Non -Contributory Insurance Endorsement
Additional insurance coverage under the Contractor's policy shall be "primary and non-contributory" and will
not seek contribution from City's insurance or self-insurance and shall be at least as broad as ISO form CG 20
01 04 13.
NOTE: (1) The street address of the CITY OF LODI must be shown along with (a) and (b) above: 221 West
Pine Street, Lodi, California, 95240; (2) The insurance certificate must state, on its face or as an
endorsement, a description of thern oiect that it is insuring.
(c) Waiver of Subrogation
Include a waiver of subrogation against the City of Lodi, its elected and appointed boards, commissions,
officers, agents, employees, and volunteers. A waiver is required for General Liability and Auto Liability.
(d) Limits of Coverage
The limits of insurance coverage required may be satisfied by a combination of primary and umbrella or
excess insurance. Any umbrella or excess insurance of Contractor shall contain, or be endorsed to contain, a
provision that such coverage shall also apply on a primary and non-contributory basis for the benefit of the City
before the City's own insurance or self-insurance shall be called upon to protect the City as a named insured.
Page 1 1 of 2 pages I Risk: rev.03.2016
Insurance Requirements for Contractor (continued)
(e) Completed Operations Endorsement
For three years after completion of project, a certificate of insurance with a Completed Operations
Endorsement, CG 20 37 07 04, will be provided to the City of Lodi.
(f) Severability of Interest Clause
The term "insured" is used severally and not collectively, but the inclusion herein of more than one insured
shall not operate to increase the limit of the company's liability.
(g) Notice of Cancellation or Change in Coverage Endorsement
This policy may not be canceled nor the coverage reduced by the company without 30 days' prior written
notice of such cancellation or reduction in coverage to the Risk Manager, City of Lodi, 221 West Pine St., Lodi,
CA 95240.
(h) Continuity of Coverage
All policies shall be in effect on or before the first day of the Term of this Agreement. At least thirty (30) days
prior to the expiration of each insurance policy, Contractor shall furnish a certificate(s) showing that a new or
extended policy has been obtained which meets the minimum requirements of this Agreement. Contractor
shall provide proof of continuing insurance on at least an annual basis during the Term. If Contractor's
insurance lapses or is discontinued for any reason, Contractor shall immediately notify the City and
immediately obtain replacement insurance.
(1) Failure to Comply
If Contractor fails or refuses to obtain and maintain the required insurance, or fails to provide proof of
coverage, the City may obtain the insurance. Contractor shall reimburse the City for premiums paid, with
interest on the premium paid by the City at the maximum allowable legal rate then in effect in California. The
City shall notify Contractor of such payment of premiums within thirty (30) days of payment stating the amount
paid, the name(s) of the insurer(s), and rate of interest. Contractor shall pay such reimbursement and interest
on the first (1s) day of the month following the City's notice. Notwithstanding any other provision of this
Agreement, if Contractor fails or refuses to obtain or maintain insurance as required by this agreement, or fails
to provide proof of insurance, the City may terminate this Agreement upon such breach. Upon such
termination, Contractor shall immediately cease use of the Site or facilities and commence and diligently
pursue the removal of any and all of its personal property from the site or facilities.
Q) Qualified Insurer(s)
All insurance required by the terms of this Agreement must be provided by insurers licensed to do business in
the State of California which are rated at least "A-, VI" by the AM Best Ratings Guide, and which are
acceptable to the City. Non -admitted surplus lines carriers may be accepted provided they are included on the
most recent list of California eligible surplus lines insurers (LESLI list) and otherwise meet City requirements.
Workers Compensation Insurance The Contractor shall take out and maintain during the life of this Agreement,
Worker's Compensation Insurance for all of Contractor's employees employed at the site of the project and, if any
work is sublet, Contractor shall require the subcontractor similarly to provide Worker's Compensation Insurance for all
of the latter's employees unless such employees are covered by the protection afforded by the Contractor. In case
any class of employees engaged in hazardous work under this Agreement at the site of the project is not protected
under the Worker's Compensation Statute, the Contractor shall provide and shall cause each subcontractor to
provide insurance for the protection of said employees. A waiver of subrogation is required for workers
compensation insurance. This policy may not be canceled nor the coverage reduced without 30 days' prior written
notice of such cancellation or reduction in coverage to the Risk Manager, City of Lodi, 221 West Pine St., Lodi, CA
95240.
NOTE: The City reserves the right to obtain a full certified copy of any insurance policy or endorsements
required. Failure to exercise this right shall not constitute a waiver of the City's right to exercise after the
effective date.
Page 2 1 of 2 pages I Risk: rev.03.2016
RESOLUTION NO. 2016-211
A RESOLUTION OF THE LODI CITY COUNCIL AUTHORIZING THE
CITY MANAGER TO EXECUTE A PROFESSIONAL SERVICES
AGREEMENT WITH HOLMES INTERNATIONAL, INC., OF SACRAMENTO,
FOR WASTEWATER PIPELINE CONDITION ASSESSMENT
WHEREAS, the City's wastewater trunk lines located in Ham Lane and
Century Boulevard are over 50 -year old concrete pipes and have not been inspected for
structural integrity since they were installed; and
WHEREAS, recent spot inspections of these trunk lines in Ham Lane by City crews
revealed two local failures of the wastewater pipes and resulted in emergency repair to prevent
sinkholes from appearing in the pavement; and
WHEREAS, the two local pipe failures indicated the need to further study the structural
conditions of not only the Ham Lane trunk line, but also the portion of the City's Domestic Outfall
pipeline that extends along Century Boulevard from Beckman Road to Lower Sacramento
Road; and
WHEREAS, staff prepared a request for proposal (RFP) for the Wastewater Pipeline
Condition Assessment Project to solicit qualified engineering firms specializing in wastewater
pipeline condition assessment. Staff sent the RFP to five engineering firms and received two
proposals; and
WHEREAS, a committee reviewed both of the proposals and selected
Holmes International, Inc., of Sacramento, as the most qualified firm to perform the work; and
WHEREAS, staff recommends authorizing the City Manager to execute a Professional
Services Agreement with Holmes International, Inc., of Sacramento, for wastewater pipeline
condition assessment in the amount of $475,341.
NOW, THEREFORE, BE IT RESOLVED that the Lodi City Council does hereby
authorize the City Manager to execute a Professional Services Agreement with
Holmes International, Inc., of Sacramento, California, for, wastewater pipeline condition
assessment, in the amount of $475,341.
Dated: December 7, 2016
I hereby certify that Resolution No. 2016-211 was passed and adopted by the City
Council of the City of Lodi in a regular meeting held December 7, 2016, by the following vote:
AYES: COUNCIL MEMBERS — Johnson, Kuehne, Mounce, Nakanishi, and
Mayor Chandler
NOES: COUNCIL MEMBERS — None
ABSENT: COUNCIL MEMBERS — None
ABSTAIN: COUNCIL MEMBERS — None
VN"NIFEJ--�
. FERRAIOLO
City Clerk
2016-211